- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Surface One Thermal Coating Systems Maintenance & Repair
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 16, 2026. Industry: NAICS 811310 • PSC J066.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 44 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811310
Description
REQUEST FOR INFORMATION
Anniston Army Depot
Surface One Thermal Coating Systems Maintenance and Repair
- Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice, at beta.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Background
This requirement is for the for preventative Maintenance, Annual Calibration, Parts, and Emergency Repair Services for (2) Surface One Thermal Coating Systems , located at Anniston Army Depot (ANAD). See Attachment 1 – Statement of Work. Period of Performance: TBD
3.0 Requested Information
3.1 Capability Statement, which includes any past performance examples of similar projects.
3.2 Recommended Contracting Strategy
3.3 Input/Responses on the following:
3.3.1 Are there enough details to assemble an accurate hardware price? If not, please identify shortcomings or other necessary information.
3.3.2 Are there enough details to assemble an accurate software and integration/installation price that will meet the Government’s requirement? If not, please identify shortcomings or other necessary information.
3.3.3 What additional information, if any, would be necessary to formulate a transition plan?
3.3.4 What sections, if any, require additional definition in order to properly specify your product?
3.3.5 Is the estimated Period of Performance time sufficient? If not, what would your firm propose?
3.3.6 Any additional questions/concerns/input your firm may have in regards to this Statement of Work (SOW).
4.0 Responses
4.1 Interested parties are requested to respond to this RFI via MS Word document by responding to the Point of Contact (POC) below.
4.2 Responses are due no later than 16 APR 26 AT 10 AM CST. Responses shall be limited to those items referenced in section 3.0 and 4.3 and shall be submitted via e-mail only to Reese Wells, christopher.r.wells36.civ@army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
4.3. Responses shall provide administrative information, and shall include the following as a minimum:
4.3.1 Company Name, mailing address, and CAGE code.
4.3.2 Name, mailing address, phone number, and e-mail of designated point of contact.
4.3.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, Size Standard $12.5 MIL
5.0 Industry Discussions
Anniston Army Depot representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements and any other items specified herein.
6.0 Questions
Questions regarding this announcement shall be submitted in writing by e-mail to christopher.r.wells36.civ@army.mil. Verbal questions or phone calls will NOT be accepted. Questions will be answered by posting responses to the beta.sam.gov website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 16 APR 26 will be answered.
7.0 Summary
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Surface One Thermal Coating Systems Maintenance & Repair. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.